UNITED STATES INDO-PACIFIC COMMAND PROGRAM MANAGEMENT AND TRACKING SYSTEM (PMTS) SOFTWARE SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
N0003822RC0PMTS

Basic Details

started - 05 Aug, 2022 (20 months ago)

Start Date

05 Aug, 2022 (20 months ago)
due - 16 Aug, 2022 (20 months ago)

Due Date

16 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
N0003822RC0PMTS

Identifier

N0003822RC0PMTS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706928)DEPT OF THE NAVY (156540)NAVSUP (78884)NAVSUP GLOBAL LOGISTICS SUPPORT (14302)NAVSUP FLC PEARL HARBOR (519)NAVSUP FLT LOG CTR PEARL HARBOR (519)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The purpose of Amendment 01 is to post Government answers for vendor questions received (Attachment 6), and to extend the RFQ closing date and time to 15 August 2022, at 3:00 PM Hawaii Standard Time (HST)._____________________________________________This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.The RFQ number is N0060422Q4071.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06/Effective Date 05-26-2022 and DFARS Publication Notice 2022, May 26. It is the responsibility of the contractor to be familiar with the
applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $41.5 million.  This requirement is a 100% small business set-aside and will result in a Firm-Fixed-Price (FFP) order.The NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing:CLIN 0001, QTY (1) GROUPProgram Management Tracking System (PMTS) ACAT: Software Subscription ServicesBASE YEAR. 12-month Program Management Tracking System (PMTS) software license access for 70 users total.CLIN 1001, QTY (1) GROUPProgram Management Tracking System (PMTS) ACAT: Software Subscription ServicesOPTION YEAR ONE (1). 12-month Program Management Tracking System (PMTS) software license access for 70 users total.CLIN 2001, QTY (1) GROUPProgram Management Tracking System (PMTS) ACAT: Software Subscription ServicesOPTION YEAR TWO (2). 12-month Program Management Tracking System (PMTS) software license access for 70 users total.CLIN 3001, QTY (1) GROUPProgram Management Tracking System (PMTS) ACAT: Software Subscription ServicesOPTION YEAR THREE (3). 12-month Program Management Tracking System (PMTS) software license access for 70 users total.CLIN 4001, QTY (1) GROUPProgram Management Tracking System (PMTS) ACAT: Software Subscription ServicesOPTION YEAR FOUR (4). 12-month Program Management Tracking System (PMTS) software license access for 70 users total.License agreements shall begin upon the effective date of the purchase order and remain active for the duration of performance through all option periods as follows:Base Year:                     27 SEP 2022 to 26 SEP 2023Option Year One (1):    27 SEP 2023 to 26 SEP 2024Option Year Two (2):    27 SEP 2024 to 26 SEP 2025Option Year Three (3): 27 SEP 2025 to 26 SEP 2026Option Year Four (4):   27 SEP 2026 to 26 SEP 202752.212-1 Instructions to Offerors--Commercial Products and Commercial Services (NOV 2021)Addendum: To be considered for award, interested quoters shall submit the following:Unit price and total extended price of contract line item numbers (CLIN) 0001, 1001, 2001, 3001, and 4004.Proof of FedRAMP or DoD (i.e., Department of Defense Cloud Authorization Services (DCAS), Navy PEO Digital) Authorization to Operate (ATO), or FedRAMP Provisional Authorization to Operate (P-ATO). Quoters NOT currently granted authorization or provisional authorization must assert that  authorization or provisional authorization can be obtained before the exercising of the first Option Year (OY).Completed Capability Questionnaire (Attachment 3)FAR 52.204-24 (Complete the highlighted section in paragraph (d).) (Attachment 4)FAR 52.212-3 & Alt I (If your annual representations are certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out “N/A” in paragraph (b).) (Attachment 5)52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021)      (a) The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Quoter is advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.The following factors will be used to evaluate quotes:Factor 1: Technical Acceptability – The technical portion of each quoter’s submittal, inclusive of the completed Capability Questionnaire (Attachment 3) shall be compared to the required salient characteristics provided in Attachment (2). To be determined technically acceptable, quoted products must meet all salient characteristics specified. Additionally, quoter’s submittals must meet all requirements of the solicitation, including delivery schedule requirements, and must conform to all solicitation terms and conditions.Factor 2: Price – Each quoter’s submittal must contain pricing for the base year and all option years. Priced portions of submittals will be evaluated to determine price realism and price reasonableness.Factor 3: Responsibility – To be eligible for award, the quoter must be deemed responsible in accordance with FAR Subpart 9.1.        (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the price of the base year. For price analysis purposes, in accordance with 52.217-8, Option to Extend Services, half of Option Year Four pricing will be added to determine the overall price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).Questions regarding this solicitation must be submitted no later than 8:00 AM (HST) on 01 August 2022.The solicitation closing date and time is 3:00 PM (HST), on 08 August 2022.

Camp H M Smith ,
 HI  96861  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Electronic Health Records patient management system software services.

Due: 25 Feb, 2025 (in 10 months)Agency: Department of Health

SaaS ProjectDox - Electronic Plan Management System

Due: 02 Mar, 2027 (in about 2 years)Agency: Department of Permitting Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 511210
pscCode 7A21IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)